DELHI UREBAN SHELTER IMPROVEMENT BOARD

GOVT OF NCT OF DELHI

OFFICE OF THE EXECUTIVE ENGINEER DDIII

1 Kilokari, opposite Maharani Bagh Ring Road New Delhi-110014

RFP No. :01/In Situ Dev./EE- DD- III/2012-13 dated 20.04.2012.

Name of Work:In Situ Development of J.J. Clusters at

1. Indira Gandhi Camp No-1 , Sidharth Basti, Hari Nagar Ashram.

2. Indira Gandhi Camp No-2 , Jeevan Nagar, near police post, Hari Nagar Ashram

Sub-Head:Consultancy for preparation of detailed project report for proposed rehabilitation of JJ dwellers in-situ development including optimal utilization of land and funding mechanisms for development.

DELHI URBAN SHELTER IMPROVEMENT BOARD

GOVT. OF NCT OF DELHI

OFFICE OF THE EXECUTIVE ENGINEER DD:III

1 Kilokari, opposite Maharani Bagh Ring Road New Delhi-110014

No. NIT No.06/EEDD-III/DUSIB/2012-13/D-Dated: 20.04.2012.

NOTICE INVITING TENDER

Notice Inviting Tender EE DD-III/DUSIB

Name of Work:In Situ Development of J.J. Clusters at

1. Indira Gandhi Camp No-1 , Sidharth Basti, Hari Nagar Ashram.

2. Indira Gandhi Camp No-2 , Jeevan Nagar, near police post,

Hari Nagar Ashram

Sub-Head:Consultancy for preparation of detailed project report for proposed rehabilitation of JJ dwellers in-situ development including optimal utilization of land and funding mechanisms for development.

RFP No. : 01/In Situ Dev./E.E. DD-III/2012-13 dated 20.04.2012.

Estimated Cost: Rs. 23,75,000/-

Earnest Money:Rs. 47,500/-

Security Deposit:5% of tendered amount

Performance Guarantee:5% of tendered amount

Time Allowed:36 Months

Last Date of Sale:07-05-2012 upto 04:00 P.M.

Date of pre-bid: 10-05-2012 at 03:00 P.M.

Date of Opening:14-05-2012 at 04:00 P.M.

EXECUTIVE ENGINEER DD-III

DELHI URBAN SHELTER IMPROVEMENT BOARD

GOVT. OF NCT OF DELHI

OFFICE OF THE EXECUTIVE ENGINEER DD:III

1 Kilokari, opposite Maharani Bagh Ring Road New Delhi-110014

TENDER NOTICE

Sealed tenders are invited by the Ex. Engineer, DD-III in two envelopes i.e. the technical proposal and financial bid in two separately sealed envelopes from empanelled Architect/Consultants under category-C of DSIIDC and consultant from DDA empanelled Architect/Consultants under category-A. The scope of work includes process for assigning the project as per relevant abstract from Master Plan 2021 and Guidelines for JNNURM/Rajiv Awas Yojana which is available for inspection and reference in the office of the undersigned and can be seen (from 11:00 A.M. to 4:00 P.M.) on all five working days except Govt. holidays).

S.
No. / Name of work / Estt. Cost./
Earnest money/Cost of
Quotation / Period of Completion / Last date of sale/ Date of Opening of Quotation
1. / In Situ Development of J.J. Clusters at
1.Indira Gandhi Camp No. 1 Sidharth Basti , Hari Nagar Ashram
2. Indira Gandhi Camp No-2 , Jeevan Nagar near Police Post Hari Nagar Ashram.
Consultancy of preparation of detailed project report for proposed rehabilitation of JJ dwellers in-situ development including optimal utilization of land and funding mechanisms for development including PPP mode. / Estt. Cost. Rs. 23,75,000/-
Earnest Money Rs. 47,500/-
Cost of quotation Rs.1500 / 36 Months / 07-05-12/
14-05-12

Application for tenders documents will be received in the office of undersigned upto 3:00.P.M. on 07-05-2012 with cost of quotation documents and earnest money (refundable to the unsuccessful Consultants) of aforesaid amount, in favour of Executive Engineer DD-IIIDUSIB in form of call deposit receipt or Demand Draft or F.D.R. of scheduled bank guaranteed by the Reserve Bank of India.

The tenders documents shall be issued to the Consultant upto 04:00 P.M. on 07-05-2012 in the Office of Executive Engineer DD-III.

The tender documents will be received upto 03:00 P.M on 14/05/2012 in the office of Executive Engineer DD-III and will be opened at 04:00 P.M. on the same day.

A pre-bid meeting will be held in the chamber of Chief Engineer (Plg.), DUSIB, Punarwas Bhawan, I.P.Extn, New Delhi – 110002 on 10-05-2012at 03:00.P.M.

NOTE : Please visit DUSIB’s website at “delhishelter.nic.in” or dial 011-26342896.

Executive Engineer DDIII

DUSIB

Name of Agency ______

Date of application and receipt ______

Tender Issued on *______Cost of tender Rs.1500/-

Date of opening : 14.05.12 at the Office of E.E DD-III , Delhi Urban Shelter Improvement

Board

RFP No. : 01/EE DD-III/2012-13 dated 20.04.2012.

Name of Work:In Situ Development of J.J. Clusters at

1. Indira Gandhi Camp No-1 , Sidharth Basti, Hari Nagar Ashram.

2. Indira Gandhi Camp No-2 , Jeevan Nagar, near police post, Hari Nagar Ashram

Sub-Head:Consultancy of preparation of detailed project report for proposed rehabilitation of JJ dwellers in-situ development including optimal utilization of land and funding mechanisms for development including PPP mode.

Earnest Money: Rs. 47,500/-

Security Deposit:5% of tendered amount

Time Allowed:36 months

INDEX

Sl.No. / Description / Pages
1. / SECTION-I
Brief Particulars of works and
Scope of Works / 10 to 12
2. / SECTION-II
Term of Reference / 13 to 28
3. / Form ‘F’ / 29 to 30
4. / Annexure - `A’
Annexure - `B’ / 31 to 35
35 to 36
5. / Schedule ’S; / 37
6. / Estimate / 38
7. / Part-II (Financial Bid) / 39 to 40
8. / Rough Sketch Plans of JJ Cluster / 41 to 42

Executive Engineer DD-III

DUSIB

This RFP is approved containing pages marked 1-41

EMPANELMENT OF ARCHITECTS FOR EXISTING SLUM & J.J. CLUSTERS

List Of Consultants Empaneled Under Category `A’ with DDA

  1. M/s Suresh Goel & Associates

S-83, Panchshila Park

New Delhi – 110017.

  1. M/s M.M. Project Consultant Pvt. Ltd.

45, Zicom House

Chimbai Road Bandra (West)

Mumbai – 400050

  1. M/s Stup Consultants Pvt. Ltd.

Plot No. 22 – A

Sector – 19C, Vashi Palm Beach Marg

Navi Mumbai

  1. M/s Abhijit Ray & Associates

25-C, MIG Flats Sheikh Sarai

Phase-I

  1. M/s Efnra Consultants

22, Gyan Kunj

Laxmi Nagar Delhi – 110092

  1. M/s Shiresh Malpani & Associates

B-10, Maharani Bagh

New Delhi – 110065

  1. M/s Consulting Engineering Services (India) Pvt. Ltd.

57, Nehru Place, 5th Floor

New Delhi – 110019

  1. M/s Shristi Infrastructure Development Ltd.

F-13, Kailash Colony, New Delhi – 110048

  1. M/s ARCH-EN Design

B-1/37, Ground Floor

Haus Khas, New Delhi – 110016

  1. M/s Architects Bureau

13, Olof Palme Marg

Vasant Vihar, New Delhi – 110057

  1. M/s Gian P. Mathur & Associates Pvt. Ltd.

C – 55, East of Kailash

New Delhi – 110065

  1. M/s City Gold Management

Services Pvt. Ltd.

Akruti Trade Centre,

Road No. 7 Marol

MIDC, Andheri (East)

Mumbai – 400093

  1. M/s Adharshila Design Pvt. Ltd.

B – 4/1254, LGF, Safdarjung Enclave

New Delhi – 110029

  1. M/s P.N. Bhobe & Associates

A – 4, Ramesh Ghar, 223,

T.H. Kataria Marg, Mahim

Mumbai – 400016

  1. M/s HUDCO

Hudco Bhawan, IHC

Lodi Road, New Delhi – 110023

  1. M/s Rites

Rites Bhawan No. 1

Sector – 29, Gurgaon – 122001

  1. M/s Adlakha Associates Pvt. Ltd.

F-70, 1st Floor, Bhagat Singh Market

Near Gole Market, New Delhi

  1. SECTION – I

BRIEF PARTICULARS OF THE WORK

Salient details of the work for which Financial Proposal are invited are as under:

  1. :Brief History

1.1:Delhi Urban Shelter Improvement Board invitesConsultants for the In Situ Development of J.J. Clusters at

1. Indira Gandhi Camp No-1 , Sidharth Basti, Hari Nagar Ashram.

2. Indira Gandhi Camp No-2 , Jeevan Nagar, near police post, Hari Nagar Ashram.

1.2:DUSIB has been nominated as a nodal agency for Slum Free City Planning under JNNURM/Rajiv Awas Yojna by Ministry of Housing & Urban Poverty Alleviation, Govt. of India. As a part of its efforts to rehabilitate / redevelopment of the slum clusters to create conducive living environment for its occupants and regain & utilize full or part of the land in a gainful manner, on the basis of MPD-2021 norms, DUSIB invites the technical and financial bids for consultancy services for In-Situ development at J. J. Clusters as above which had come up by way of squatting on DUSIB land in shape of jhuggies/Pucca/Semi Pucca structures. The colony lacks in way of physical and social infrastructure norms prescribed for urban development in Delhi.

2.0:Scope of work for In-situ development

Part – I

(a)Total Station Survey of the site.

1.Demarcation of clusters.

2.Identification of utility and other infrastructure around clusters.

3.Cluster profiling : general assessment/analysis of socio-economic profile of the dwellers.

4.Integration of cluster profile information with GIS

5.Evaluation of infrastructural facilities that required to be created for eligible dwellers/housing.

(b)Total no. of EWS houses required for in-situ development in a J.J. Cluster or group of clusters shall be provided by DUSIB on the basis of which conceptual scheme shall be evolved by the Consultant.

1.Market value assessment of land of the clusters.

2.Assessment of feasibility of commercial utilisation of part of land(mix use) e.g. commercial(offices/shops) and residential flats for sale to general public.

3.Feasible design of at least 3 models for each set of clusters along with costs of dwellings (CAPEX) and cost of maintenance for 10 years from the date of completion of project.

4.Funding methodologies for CAPEX and OPEX and assessment on feasibility of funding including surplus for DUSIB if any to generate a revolving fund.

5.Assessment of available construction technologies.Construction methodologies

for Transit accommodation of dwelling units/flats prior to construction.

6.Construction methodologies for Transit accommodation of dwelling units/flats

prior to construction.

(c)For such in-situ development, number of J.J. Clusters as decided by DUSIB may be amalgamated to make the scheme viable. If necessary, nearby DUSIB vacant land may also be made available at the option of DUSIB.

(d)Preparation of scheme for optimum utilization of land as per approved policies and framework of Master Plan – 2021 norms (For guidance, relevant extract of MPD-2021 norms is given in Annexure- `A’)

(e)Conceptual Scheme for rehabilitation of JJ Cluster and remunerative components for the use of remaining land. Consultant will also be required to give block layout indicating residential / non residential components, optimum FAR utilization, proposed ground coverage. The scheme will be based on carpet area of EWS houses not less than 25 sqm.

(f)Proposal for change of land use wherever required & proposal for change of MP norms/Building Regulations wherever considered necessary.

(g)Indicate technical / financial viability and suggestion for any relaxation / exemption required.

PART-II

1.Preparation of tender documents for In-situ development. Specifications for EWS houses will be provided and finalized by DUSIB.

(i)The Consultant will be required to prepare Detailed Project Report (DPR) for purpose of seeking financial assistance for BSUP under JNNURM Scheme or similar scheme such as Rajiv Awas Yojna of Ministry of Housing & Urban Poverty Alleviation.

(ii)The Consultant will be required to prepare all the architectural drawings, structural and all development drawings good for construction including any other component of work.

(iii)The Consultant will have to take all the approvals of plans from local bodies, Delhi Urban Art Commission, fire departments, DPCC etc. as applicable including the approval of land use change if required.

(iv)All the necessary surveys i.e. for environment impact study, topographical survey as well as soil investigation etc. shall be the responsibility of the Consultant.

(v)The cost of vetting of structural drawings through an agency suggested by DUSIB e.g. IIT etc. shall be borne by the Consultants.

(vi)The Consultant has to suggest contract models under PPP and EPC and justify the same.

(vii)The Consultant has to prepare preliminary estimates and detailed estimates of the project for the call of tender based on current Delhi Schedule of Rates (DSR) in case of EPC mode. In case of PPP mode the consultant has to prepare the RFP document for the same.

(viii)The Consultant has to supervise the project during construction from architectural angle.

Deliverables :

Stage 1

  • Inception Report
  • Draft Feasibility Reports
  • Final Feasibility Reports and DPR

Stage 2

  • Architectural plans and approvals from various agencies
  • RFP for selection of developers/construction agency

Stage 3

  • Issue of RFP and bid management, evaluation of bids, issue of LOI to selected construction agency and signing of Concession Agreements
  • Supervision of project from architectural point of view

Award of work :

Work will be awarded on QCBS basis, as per the details given in Section II.

Executive Engineer DD-III

SECTION - II

Terms of Reference

Name of Work :In Situ Development of J.J. Clusters at

1. Indira Gandhi Camp No-1 , Sidharth Basti, Hari Nagar Ashram.

2. Indira Gandhi Camp No-2 , Jeevan Nagar, near police post, Hari

Nagar Ashram

General Terms & Conditions for Consultancy Work

1.0DEFINITIONS :

For the purpose of agreement, the following words and expressions shall have the meaning hereby assigned to them except where the context otherwise requires.

i)`Employer’ means the CEO, DUSIB, which expression shall unless excluded by or repugnant to the context include employer’s representatives.

ii)`Employer’s representative’ means the concerned Executive Engineer, DUSIB, New Delhi of relevant package of clusters or any other person authorized by him/ her, who would be in charge of the work and would sign the agreement on behalf of CEO, DUSIB.

iii)`Approved’ means by Employer’s representative in writing including subsequent confirmation or previous approval and `approval’ means approved by Employer’s representative in writing.

iv)`Engineer-in-Charge’ means the Concerned Executive Engineer, DUSIB, in charge of relevant package and who shall sign the contract on behalf of DUSIB.

v)`Consultant’ means the person, firm and / or company who has the required experience of such works based on standard norms/specification and would quote for tender / quotation for the subject work.

vi)`Agreement’ means the formal agreement executed between the Employer and the Consultant, consisting of the tender or the `Tender Document’ i/c any letter by the Consultant subsequent to the tender but before Letter of Acceptance, letter of acceptance thereof including the terms and conditions for consultancy work, N.I.T. and Press Notice.

2.0Minimum experience : The Architect firm must have adequate experience in carrying out similar work. The firm must meet following minimum qualification criteria to be considered eligible for opening of financial bid :

2(A) Eligibilities:

Tender will be issued to category ‘C’ Architectural firms empanelled by DSIIDC and to category ‘A’ empanelled by DDA as per list enclosed in this tender document.

2(B) Prequalification Criteria and work Experience

i)The applicant should satisfy the condition 2(A).

ii)The Consultant should not have been blacklisted by any government department

Agencyduring last five years.

iii) The bidder should associate with them the financial management company.

iv) The bidder’s associate financial firms should not have been blacklisted by any govt.

deptt./ Agency during last five years.

v) The bidder as well its associate firms should have been in profit in last three financial

years.

vi) The financial firm must have turn over of minimum 50 lakhs in each of last three

financial years

vii)Bidder or its associate financial management Co. should have carried out financial

Structuring of infrastructure projects, project financial viability, financial model preparation, risk analysis of at least 2 housing/office/commercial/complex projects in last 7 calendar years and each of Rs.50 Crores or above (Works Order and Completion Certificate of Clients be submitted for this.

2C) Submission of tender

The Bidders shall submit the following

i)The tender cost of Rs.1500/- in the form of demand draft of Scheduled Bank issued in

favour of Executive Engineer DD-III payable at Delhi. The tender cost be paid in

advance to take the tender documents. If any bidder want to use the downloaded tender

forms, he can do so but cost of tender in above form should be deposited , in a

separate sealed envelope, at the time of submission of tender documents. The envelope

of the cost of tender should be marked on it clearly. The three things i.e. earnest

money, name of work and the name of bidder.

ii) A sealed envelope super scribed with the name of work, Name of Agency and marked

as part-I (Technical bid) which will contain Technical bid as well as the other

qualification and eligibility documents.

iii) A sealed envelope super scribed with the name of work, name of bidder and marked

on it as Part-II ( Financial Bid) which will contain the financial bid of the

tender document.

iv)‘Part-I’ containing “Technical bid”, ‘Part-II’ containing Financial Bid, as well as

cost of tender(only for downloaded tender) shall be placed in a big envelope which

shall be sealed and addressed to Executive Engineer DD-III DUSIB and bear

on its cover the name of the work, name and address of the bidder and the due date of

opening. The envelope shall be submitted and dropped in a tender box in the office

of Executive Engineer DD-III upto 14 -05-2012 at 03:00 P.M.

v) The bidders are advised that all the qualification/eligibility papers as well as

Paper relating to the evaluationof bids for technical purpose should be put in

envelope marked as Part-I (Technical bid).

vi)All the documents submitted by the bidder in support of his qualification/ eligibi

-lity etc. should be signed by the authorised person with the seal/stamp of the

Bidder.

3.0Pre-bid meeting

3.1A pre-bid meeting will be held on10-05-2012. at 03:00 P.M. in the office of the Engineer-in-Charge for all prospective Consultants.

3.2Prospective Consultants may send their queries to the Engineer-in-Charge by email on

or before 4 PM on 09-05-2012.

3.3Replies to the queries/discussions at pre-bid meeting will be uploaded on the web site

of DUSIB with in 3 days of pre-bid meeting.

3.4Any additions / deletions in the RFP on account of discussions / queries raised in pre

bid meeting will be uploaded as corrigendum on DUSIB website with in 3 days of pre

-bid meeting and will form part of the RFP document.

4.0Opening of bids

4.1A duly constituted Tender Evaluation Committee will open all bids. Bids will be opened as below :

4.1.ATEC will check for EMD with all bids. Any bid with out EMD will be rejected.

4.1.BThe TEC will open technical bids and check that the Consultant meets minimum experience.

4.1.CTechnical bids of Consultants meeting minimum experience shall be opened and evaluated as per evaluation criteria.

5.0Award of work :

5.1Evaluation Criteria

5.1.AAll documents, submitted as proof / in support of qualification, should be signed by the authorised person with seal of the Consultant. The criteria for evaluation of technical bids and the respective weightages shall be as follows:

S. No. / Qualification Criteria / Range / Points
Architectural firm's experience : Max 30 points
(a) / Experience in handling projects in house construction during the last 7 calendar years, each for the minimum value of the consulting component of Rs 50.00 lakhs. / 1-2 projects / 4
3-4 projects / 6
5-6 project / 6
7-9 projects / 8
(b) / Bidder should have provided consultancy for construction of at least 500 flats in a single project in the last 7 calendar years. / 1-2 projects / 4
3-4 projects / 6
>4 project / 10
(c) / Bidder or its associate financial management company, should have carried out consultancy work, in last 7 calendar years, for development of land parcels on PPP basis in any of the category A cities of India for value exceeding Rs. 50 Cr each. / 1-2 projects / 4
3-4 projects / 6
>4 projects / 10
Financial firm's experience : Max 30 points
(d) / Bidder's associate financial management company should have carried out financial structuring of infrastructure projects, project financing, financial model preparation, risk analysis of housing / office / commercial complex projects, each of Rs 50 crores or above, in last 7 calendar years. / 1-2 projects / 4
3-4 projects / 6
>4 projects / 10
(e) / The financial management company should have experience of housing projects/office/commercial building development on PPP basis, in last 7 calendar years. / 1-2 projects / 4
3-5 projects / 6
>5 projects / 10
(f) / The financial management company should have experience of Financial structuring of housing projects / office/commercial building on PPP in last 7 calendar years. / 1-2 projects / 4
3-5 projects / 6
>5 projects / 10
Technical Approach and Methodology : Max 40 points
(g) / Understanding of Scope of Work, Responsibility. / Marks will be awarded by duly appointed Jury on the technical approach and methodology included in technical proposal and the presentation delivered by the Bidders / 10
10
20
(h) / Approach and Methodology, Project Plan, Relevant Assumptions
(i) / Work Plan and Resource Plan : completeness and relevance including financial viability of the Project
Total / 100 maximum

5.1.BIf the firm is also registered/empanelled with other Organization/Statutory bodies such as CPWD, PWD, MES, DDA / DSIIDC and state or central government organizations etc. should furnish details of such registration / empanelment by providing Name of organization, Category, date of registration / empanelment and its validation, if any.